Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2015 FBO #5035
DOCUMENT

66 -- MISEQ SEQUENCER - Attachment

Notice Date
9/4/2015
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26215Q1297
 
Response Due
9/9/2015
 
Archive Date
10/9/2015
 
Point of Contact
Elaine Wong
 
E-Mail Address
EMAIL
(elaine.wong@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation in its entirety; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) under solicitation number VA262-15-Q-1297. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-83 effective July 2, 2015, respectively. The solicitation is in accordance with FAR Part 12, 13, and 13.5, Acquisition of Commercial Items, Simplified Acquisition Procedures, Test Program, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 334516; size standard 500 employees. The Small Business Administration has granted a Non-Manufacturing Rule Class Waiver for the selected NAICS code. The Department of Veterans Affairs (DVA) Veterans Integrated Services Network (VISN) 22, headquartered in Long Beach, California has a requirement for one (1) MiSeqDx system and additional system requirements to support this platform. The MiSeq system is required for in vitro diagnostic next generation sequencing (NGS). The system includes integrated software enabled sample, tracking, user traceability, and results interpretation. The system must be FDA approved. The Contractor shall provide the product at the Veterans Affairs Healthcare Systems in Southern California located at Greater Los Angeles (11301 Wilshire Blvd. Los Angeles, CA 90073). Delivery is FOB destination. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of the resultant award. The government intends to award a single award purchase order. The order shall begin on the date of award. Please note that the DVA will also consider trade-ins for further price reductions. The current laboratory trade in system is located on the equipment list and is currently located at the VA San Diego 3350 La Jolla Village Dr. San Diego, CA 92161. **SEE ATTACHED SOLICITATION WITH ATTACHMENTS FOR SCHEDULE, PERIOD OF PERFORMANCE, DETAILS OF THE REQUIREMENT, CLAUSES, PROVISIONS, TERMS AND CONDITIONS** ADDITIONAL DOCUMENTATION REQUIREMENTS: See Section E. Instruction to Offerors for additional guidance. If offering a product other than the Brand Name specified herein, the vendors are required to provide descriptive literature in sufficient detail to determine if the items quoted are technically acceptable in terms of Name Brand or Equal to the required MiSeq system and its additional equipment as listed on the equipment list. The award will be made to the lowest price technically acceptable (LPTA) responsible quote. To be technically acceptable the products quoted shall be BRAND NAME or EQUAL to the required MiSeq system, details can be found on the equipment list. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this order. The Government intends to award a single firm-fixed-price (FFP) award. The order shall begin on the date of award. The following referenced clauses are applicable to this acquisition, though not limited only to those listed on this announcement. The attached solicitation provides the additional applicable clauses along with the detailed addendums mentioned below. FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998) - Full Text This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/vffara.htm http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014) with Addendum FAR 52.212-2, Evaluation -Commercial Items (JAN 1999) with Addendum FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2014) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (SEP 2013) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (OCT 2014) Federal Acquisition Regulation (FAR) and Veteran Administration Acquisition Regulation (VAAR) provisions and clauses that are included in this solicitation are denoted by the applicable acronyms. In order to comply with the debt collection improvement act of 1966, all contractors must be registered and have an active registration in the System for Award Management (SAM) to be considered for an award of a federal contract. This system combines data that was formerly contained in the Central Contractors Registration (CCR) and Online Representation and Certifications (ORCA). For information, review the SAM website at https://www.sam.gov. Due to time constraints, responses to the solicitation shall be due on Wednesday, September 9, 2015 at 1:00 PM PST. Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to Elaine Wong, Contract Specialist at elaine.wong@va.gov with "VA262-15-Q-1297" in the subject line within 48 hours of release of this notice. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All Offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26215Q1297/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-15-Q-1297 VA262-15-Q-1297_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301906&FileName=VA262-15-Q-1297-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301906&FileName=VA262-15-Q-1297-000.docx

 
File Name: VA262-15-Q-1297 Solicitation VA262-15-Q-1297.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301907&FileName=VA262-15-Q-1297-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301907&FileName=VA262-15-Q-1297-001.docx

 
File Name: VA262-15-Q-1297 Attachment A - Equipment List.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301908&FileName=VA262-15-Q-1297-002.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301908&FileName=VA262-15-Q-1297-002.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 11301 Wilshire Blvd. Los Angeles, CA
Zip Code: 90073
 
Record
SN03872819-W 20150906/150904234959-58fcf40988372adb3543fb25d9662eae (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.